Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    REVENUE MANAGEMENT CYCLE FOR QUENTIN N BURDICK MEMORIAL HEALTH CARE FACILITY IN BELCOURT, ND

    Sol. 75H70625Q00224Combined Synopsis/SolicitationSet-aside: Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services)PORTLAND, OR
    Closed
    STATUS
    Closed
    closed Sep 11, 2025
    POSTED
    Sep 11, 2025
    Publication date
    NAICS CODE
    518210
    Primary industry classification
    PSC CODE
    DC01
    Product & service classification

    AI Summary

    The Indian Health Service is seeking proposals for revenue cycle management services at the Quentin N Burdick Memorial Health Care Facility in Belcourt, ND. This RFQ is set aside for Indian Economic Enterprises and includes subscription access and support for third-party billing and accounts receivable management. The contract will span 12 months with four optional extensions.

    Contract details

    Solicitation No.
    75H70625Q00224
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services)
    Posted Date
    September 11, 2025
    Response Deadline
    September 11, 2025
    NAICS Code
    518210AI guide
    PSC / Class Code
    DC01
    Issuing Office
    INDIAN HEALTH SERVICE
    Primary Contact
    Farrah Azure
    State
    OR
    ZIP Code
    97209
    AI Product/Service
    service

    Description

    A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the 
    format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional 
    information included in this notice. This announcement constitutes the only solicitation; proposals 
    are being requested and a written solicitation will not be issued.
    B. The Great Plains Area Indian Health Service (IHS) intends to award a firm-fixed price, 
    non-personal service, single award, purchase order to provide subscription access and support for 
    Revenue Cycle Management and providing a Revenue Cycle Automation Process for Third Party Billing 
    (Claims Management & Patient Billing), and Accounts Receivable (Remittance & Payment Management) at 
    the Quentin N Burdick Memorial Health Care Facility, Belcourt, North Dakota in response to RFQ 
    75H70625Q00224.
    C. This solicitation document and incorporated provisions and clauses are those in effect through 
    Federal Acquisition Circular 2025-04/2025-06-11.

    D. This RFQ is set aside 100% Indian Economic Enterprise (IEE) and the associated NAICS Code is 
    518210, which has a small business standard of $40 million.
    E. The quoted unit pricing must be “all inclusive” (to include but not be limited to travel, 
    lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent 
    to the performance of this contract. Utilize your most competitive and reasonable pricing.

    Complete the attached Price Schedule for:
    CLIN 0001 – Revenue Cycle Management – See Statement of Work – Base Year   $  

    CLIN 0002 – Revenue Cycle Management – See Statement of Work – Option Year 1 $  

    CLIN 0003 – Revenue Cycle Management – See Statement of Work – Option Year 2 $  

    CLIN 0004 – Revenue Cycle Management – See Statement of Work – Option Year 3 $  

    CLIN 0005 – Revenue Cycle Management – See Statement of Work – Option Year 4 $      

    F.  Subscription access and support for Revenue Cycle Management and providing a Revenue Cycle 
    Automation Process for Third Party Billing (Claims Management & Patient Billing), and Accounts 
    Receivable (Remittance & Payment Management) to be provided for the duration of the contract per 
    the Statement of Work (SOW). SOW is located in the Solicitation Package in the attachment.
    G. The period of performance will be twelve (12) months from date of award, with four (4) 
    additional twelve-month option periods, for a total potential period of performance of five (5) 
    years, if all options are exercised.
    H. FAR 52.212-1 Instructions to Offerors-Commercial Items and Commercial Services (Sep 2023).

    I.  Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:
    1. Solicitation number 75H70625Q00244;
    2. Closing Date: September 11, 2025 at 12:00 pm CST;
    3. Name, address and telephone number of company and email address of contact person;
    4.  Technical description of the item/service being offered in sufficient detail to evaluate 
    compliance with the requirements of the solicitation. This may include product literature, or other 
    documents, if necessary;
    5. Price and any discount;
    6. “Remit to” address, if different than mailing address;
    7. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) 
    for those representations and certifications that the offeror shall complete electronically);
    8. Acknowledgment of Solicitation Amendments (if any issued);
    9.  Past performance information, when included as an evaluation factor, to include recent and 
    relevant contracts for the same or similar items and other references (including contract numbers, 
    points of contact
    with telephone numbers and other relevant information);


    10. A statement specifying the extent of agreement with all terms, conditions, and provisions 
    included in the solicitation. Offerors that fail to furnish required representations or information 
    or reject the terms and conditions of the solicitation may be excluded from consideration.
    11. I

    Attachments:
    • Statement of Work
    • Provisions and Clauses incorporated by reference and full text
    • Contractor’s Performance Conditions & Responsibilities

    Basis of Award is Trade-Offs. Best Value award will be made to the responsible offeror whose 
    quotation is determined to represent the best value to the Government, considering price and 
    non-price factors. The Government will evaluate proposals using a trade-off process. This process 
    permits trade-offs among cost or price and non-cost factors, and allows the Government to accept 
    other than the lowest priced proposal, or other than the lowest priced proposal, or other than the 
    highest technically rated proposal, in order to achieve the best overall value. The following 
    factors will be evaluated: (1) Technical Approach, (2) Qualifications and Experience, (3) Staffing 
    and Key Personnel, (4) Past Performance, and (5) Price; however, price will be evaluated for 
    fairness and reasonableness and will remain a substantial factor in the selection decision.

    Best Value Determination: Technical factors (1-4), when combined, are more important that price. 
    However, price will be considered in the overall best value determination and may become the 
    deciding factor if quotations are determined to be technically equal.
    Technical Factor 1 – Technical Approach
    (a) Solicitation Submittal Requirements:
    Proposals, which merely offer a statement to conduct/provide services in accordance with the 
    requirements in the Governments SOW, will not be eligible for award. The offeror must submit an 
    explanation that meet the requirements identified under Technical Requirements; Ability to provide 
    accurate and timely third-party insurance eligibility verification, benefits coordination, and 
    claims submission.
    (b) Basis of Evaluation:
    This factor will be evaluated as “ACCEPTABLE” if explanation meets the requirements identified 
    under Technical Requirements; Ability to provide accurate and timely third-party insurance 
    eligibility verification, benefits coordination, and claims submission which comply with the 
    requirements outlined above, are submitted. If an explanation of one or more Requirements is not 
    provided, and/or do not comply with the requirements, this factor will receive an “UNACCEPTABLE” 
    rating.
    Technical Factor 2 –Experience and Past Performance
    (a) Solicitation Submittal Requirements:
    Proposals, which merely offer a statement to conduct/provide services in accordance with the 
    requirements in the Governments SOW, will not be eligible for award. The offeror must submit an 
    explanation that identifies the vendor has relevant experience providing third-party verification 
    and claims processing for healthcare organizations, particularly federal health facilities. Provide 
    evidence of measurable outcomes (e.g., improved collections, reduced denials). Provide References 
    and past CPARS (if applicable).
    (b) Basis of Evaluation:
    This factor will be evaluated as “ACCEPTABLE” if the explanation meets the requirement for 
    qualifications and experience capabilities and responsibilities to meet the following: vendor has 
    relevant experience providing third- party verification and claims processing for healthcare 
    organizations, particularly federal health facilities. Provide evidence of measurable outcomes 
    (e.g., improved collections, reduced denials). Provide References and past CPARS (if applicable), 
    which all comply with the requirements outlined above, are submitted. If an explanation of one or 
    more of the following: vendor has relevant experience providing third-party verification and claims 
    processing for healthcare organizations, particularly federal health facilities. Provide evidence 
    of measurable outcomes (e.g., improved collections, reduced denials). Provide References and past 
    CPARS (if applicable) and/or do not comply with the requirements, this factor will receive an 
    “UNACCEPTABLE” rating.


    Relevancy:
    For the purposes of this solicitation, a past performance record is relevant if the CPAR business 
    sector is listed as “Services”.

    In order to receive an "acceptable" rating for this factor, an Offer's recent and relevant CPARs 
    must NOT include one or more INTERIM and/or FINAL CPARs with a rating of "UNSATISFACTORY" in
    one or more categories OR one or more INTERIM and/or FINAL CPARs with a rating of "MARGINAL" in two 
    or more categories. If an Offeror has one or more CPARs with a rating of "UNSATISFACTORY" in one or 
    more categories OR one or more CPARs with a rating of "MARGINAL" in two or more categories, the 
    Offeror's past performance will be evaluated as "UNACCEPTABLE".
    In the case of an Offeror without a record of recent and relevant past performance or for whom 
    information on past performance is not available or so sparse that no meaningful past performance 
    rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on 
    past performance. Therefore, the Offeror shall be determined to have unknown past performance. In 
    the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.” An 
    “UNACCEPTABLE” rating for a single factor will result in the Offeror’s entire proposal being
    rated “UNACCEPTABLE”.

    IHS reserves the right to make multiple awards, which is most advantages to the Government. This is 
    a competitive solicitation and the offer your firm submits will be used by IHS to determine, which 
    of the quantities listed within are, “estimate only” and it is not the intent of IHS to be 
    obligated to order the “quantities.”
    Technical Factor 3 – Staffing and Key Personnel
    (a) Solicitation Submittal Requirements:
    Proposals, which merely offer a statement to conduct/provide services in accordance with the 
    requirements in the Governments SOW, will not be eligible for award. The offeror must submit an 
    explanation that meet the requirements identified under Technical Requirements; Qualifications and 
    certifications of staff (e.g., CPC, CCA, or other coding/billing credentials, experience with 
    federal and commercial payers, proposed staffing plan to ensure continuity and timeliness of 
    services.

    (b) Basis of Evaluation:
    This factor will be evaluated as “ACCEPTABLE” if explanation meets the requirements identified 
    under Technical Requirements; Qualifications and certifications of staff (e.g., CPC, CCA, or other 
    coding/billing credentials, experience with federal and commercial payers, proposed staffing plan 
    to ensure continuity and timeliness of services. If an explanation of one or more Requirements is 
    not provided, and/or do not comply with the requirements, this factor will receive an 
    “UNACCEPTABLE” rating.

    Technical Factor 4 – Management Approach
    (a) Solicitation Submittal Requirements:
    Proposals, which merely offer a statement to conduct/provide services in accordance with the 
    requirements in the Governments SOW, will not be eligible for award. The offeror must submit an 
    explanation that meet the requirements identified under Technical Requirements; Quality assurance 
    and audit processes, data privacy and IT security controls, ability to provide reporting/metrics to 
    IHS on claim status, collections, and denials.
    (b) Basis of Evaluation:
    This factor will be evaluated as “ACCEPTABLE” if explanation meets the requirements identified 
    under Technical Requirements; Quality assurance and audit processes, data privacy and IT security 
    controls, ability to provide reporting/metrics to IHS on claim status, collections, and denials. If 
    an explanation of one or more Requirements is not provided, and/or do not comply with the 
    requirements, this factor will receive an “UNACCEPTABLE” rating.

    Factor 5 – Price
    (a) Solicitation Submittal Requirements: Evaluated for reasonableness and realism.


    (b) Basis of Evaluation:
    The Government will evaluate price based on the total proposed price calculated as the sum of bid 
    item
    0001 Base Year, item 0002 Option Year 1, item 0003 Option Year 2, item 0004 Option Year 3, item 
    0005 Option Year 4 that includes Contract cost, Subcontractor cost, Overhead and Profit. Analysis 
    will be performed by one or more of the following techniques to ensure a fair and reasonable price:
    (i) Comparison of proposed prices received in response to the RFQ.
    (ii) Comparison of proposed prices with the IGE.
    (iii) Comparison of proposed prices with available historical information.

    J.  FAR 52.212-3 Offer Representations and Certifications-Commercial Items (May 2024) (DEVIATION 
    FEB 2025). See attachment for full text. The Offeror shall complete only paragraph (b) of this 
    provision if the Offeror has completed the annual representations and certification electronically 
    via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If 
    the Offeror has not completed the annual representations and certifications electronically, the 
    Offeror shall complete only paragraphs (c) through
    (p) of this provision.
    K. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (November 2023). Applied to this 
    acquisition and it’s incorporated by reference.

    L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- 
    Commercial Products and Commercial Services (January 2025) (DEVIATION FEB 2025). See attachment for 
    full text.

    M. Attached are the additional Federal Acquisition Regulations (FAR) & Health & Human Services 
    Acquisition Regulation (HHSAR) clauses that are applicable.
    N. Offers will only be accepted electronically, submit via email to the following: Quentin N 
    Burdick Memorial Health Care Facility
    Indian Health Service - Belcourt Service Unit Attn: Farrah Azure, Purchasing Agent
    1300 Hospital Loop
    Belcourt, ND 58316
    Email: farrah.azure@ihs.gov

    Questions in regard to this solicitation shall be submitted in writing by email no later than 
    Thursday, September 11, 2025, 12:00pm CST.


    Contractors will need your Unique Entity ID, TIN Number, and be registered with www.sam.gov.


    No contract award shall be made to any vendor or provider listed on the OIG Exlusion List 
    http://exlusions.oig.hhs.gov throughout the duration of the contract.
    ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and 
    conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for 
    a period of at least 30 days from the date of receipt by the Government.

    Invoice Processing Platform (IPP)


    The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system

    In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum “Improving 
    Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing” directing Federal 
    agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. 
    Invoices submitted under any award resulting from this solicitation will be required to utilize the 
    Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and 
    Processing of Payment Requests.

    IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the 
    Treasury’s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis 
    (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they 
    have not already done so. If your organization is already registered to use IPP, you will not be 
    required to re-register- however, we encourage you make sure your organization and designated IPP 
    user accounts are valid and up to date.
    The IPP website address is: https://www.ipp.gov


    If you require assistance registering or IPP account access, please contact the IPP Helpdesk at 
    (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov


    “Should the contractor feel that use of the IPP would be unduly burdensome, their response to this 
    solicitation should
    include an explanation of this position for a determination by the contracting officer
     

    Key dates

    1. September 11, 2025Posted Date
    2. September 11, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    REVENUE MANAGEMENT CYCLE FOR QUENTIN N BURDICK MEMORIAL HEALTH CARE FACILITY IN BELCOURT, ND is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.